Section one: Contracting authority
one.1) Name and addresses
The City of Edinburgh Council
Waverley Court, 4 East Market Street
Edinburgh
EH8 8BG
Contact
Susan Lowrie
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Metal Presentation Seats and Plaques
Reference number
CT1441
two.1.2) Main CPV code
- 39113600 - Benches
two.1.3) Type of contract
Supplies
two.1.4) Short description
Provision of Metal Presentation Seats and Plaques
two.1.5) Estimated total value
Value excluding VAT: £237,455
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 39113600 - Benches
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
Edinburgh
two.2.4) Description of the procurement
Provision of Metal Presentation Seats and Plaques.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 20
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Extend up to 24 months
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
Insurance Requirements:
- Employers (Compulsory) Liability Insurance – 10 million GBP
- Public Liability Insurance – 5 million GBP
- Comprehensive Motor Vehicle – 5 million GBP
Specific Turnover Requirements:
- A minimum “general” annual turnover of 95,000 GBP for the last two financial years
- Current ratio for Current Year: 1.10
- Current ratio for Prior Year: 1.10
Minimum level(s) of standards possibly required
Insurance Requirements:
- Employers (Compulsory) Liability Insurance – 10 million GBP
- Public Liability Insurance – 5 million GBP
- Comprehensive Motor Vehicle – 5 million GBP
Specific Turnover Requirements:
- A minimum “general” annual turnover of 95,000 GBP for the last two financial years
- Current ratio for Current Year: 1.10
- Current ratio for Prior Year: 1.10
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Question 4C.4(a) - Payment of the real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly
involved in the delivery of the Contract (including any agency or sub-contractor staff), at least the real Living Wage.
SPD Question 4C.4(b) - Inclusion of Prompt Payment Clause - Tenderers are required to confirm that they will include the standard clause
in all contracts used in the delivery of the Contract, ensuring payment of sub-contractors at all stages of the supply chain within 30 days
and include a point of contact for sub-contractors to refer to in the case of payment difficulties.
SPD Question 4C.7(a) - Response to Climate Change Emergency - Tenderers are required to provide evidence that their organisation is
taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate
change emergency).
SPD Question 4C.7(b) – Compliance with LEZ - Tenderers are required to confirm that they (and any sub-contractor) will comply with the
minimum emissions standards for Edinburgh’s Low Emission Zone (and any other such related scheme, including those in Partner
Organisation’s locations) when delivering the specified services.
SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management - It is a mandatory requirement that Tendering
Organisations with more than 5
employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly.
It is a mandatory requirement that the Metal Presentation Seats specified must comply with BS EN ISO 1461:2009. Bidders are required to confirm they will comply with this standard.
Minimum level(s) of standards possibly required
SPD Question 4C.4(a) - Payment of the real Living Wage - Tenderers are required to confirm that they will pay any staff that are directly
involved in the delivery of the Contract (including any agency or sub-contractor staff), at least the real Living Wage.
SPD Question 4C.4(b) - Inclusion of Prompt Payment Clause - Tenderers are required to confirm that they will include the standard clause
in all contracts used in the delivery of the Contract, ensuring payment of sub-contractors at all stages of the supply chain within 30 days
and include a point of contact for sub-contractors to refer to in the case of payment difficulties.
SPD Question 4C.7(a) - Response to Climate Change Emergency - Tenderers are required to provide evidence that their organisation is
taking steps to build their awareness of the climate change emergency and provide details of how they have/will respond (to the climate
change emergency).
SPD Question 4C.7(b) – Compliance with LEZ - Tenderers are required to confirm that they (and any sub-contractor) will comply with the
minimum emissions standards for Edinburgh’s Low Emission Zone (and any other such related scheme, including those in Partner
Organisation’s locations) when delivering the specified services.
SPD Question 4D.1 – Quality Assurance Schemes & Environmental Management - It is a mandatory requirement that Tendering
Organisations with more than 5
employees have in place a Health & Safety Policy which is approved at a senior level within the Organisation and is reviewed regularly.
It is a mandatory requirement that the Metal Presentation Seats specified must comply with BS EN ISO 1461:2009. Bidders are required to confirm they will comply with this standard.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See procurement documents
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
6 March 2025
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: February 2030
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic payment will be used
six.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=789484.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits guidance document has been attached as part of the tender pack.
Community benefits will be agreed with the winning bidder and the Council, if benefits are due.
(SC Ref:789484)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=789484
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EG1 1LB
Country
United Kingdom